Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
MODIFICATION

D -- GeoTime Licenses and Maintenance

Notice Date
7/11/2012
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSSS - NGA Facility/Enterprise Support, Attn: OCSSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
8G12152AS01
 
Archive Date
7/31/2012
 
Point of Contact
Adam W. Gordon, Phone: 3146760203
 
E-Mail Address
Adam.W.Gordon@nga.mil
(Adam.W.Gordon@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
The National Geospatial-Intelligence Agency (NGA) has a requirement for Oculus GeoTime Licenses, maintenance, training and support: 1. GeoTime Concurrent User Licenses (9 each) 2. GeoTime Concurrent User Licenses 12 Month Maintenance (9 each) 3. GeoTime Standalone Node Locked User Licenses (7 each) 4. GeoTime Standalone Node Locked User Licenses 12 Month Maintenance (7 each) 5. Onsite Deskside GeoTime Training (12 hours) 6. Technical and Email Support (Up to 4 hours) 7. Shipping and Handling of GeoTime Software Media DVD (1 each) The maintenance shall include available upgrades to software, 24 x 7 technical support, and security patch updates. This is a request for quote for the item above. The NGA plans on awarding this contract on a sole source basis to Oculus due to this particular software being the only product that can meet the agencies form, fit and function. This requirement is for Electronic and Information Technology (EIT) which must meet the accessibility standards established by Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 7941). The specific Technical Standards that apply are: 1.Technical Standard: 1194.21 - Software Applications and Operating Systems 2.Functional Performance Criteria: 1194.31 - Functional Performance Criteria TERMS: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. Offerors are required to submit a completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications--Commercial Items, with their offer. The web address of the Online Representations and Certifications Application is https://orca.bpn.gov/. The following FAR provisions and clauses apply to this acquisition: Clause FAR 52.204-7, Central Contractor Registration; Provision FAR 52.212-1, Instructions to Offerors-Commercial Items; Clause 52.212-4, Contract Terms and Conditions -- Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-3, Gratuities (Apr 1984); 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Contractors Debarred, Suspended,or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-28, Post-Award Small Business Program Representation (Apr 2012); 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract; 52.239-1, Privacy or SecuritSafeguards. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following clauses: 252.232-7003, Electronic Submission of Payment Requests. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.247-7023, Transportation of Supplies by Sea (May 2002).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/8G12152AS01/listing.html)
 
Place of Performance
Address: NGA/NCE, 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02799364-W 20120713/120711235250-3b79b7c22a3b6a2ab8b2659fb00c40cc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.